Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 09, 2003 FBO #0681
SOURCES SOUGHT

Y -- MICROSYSTEMS AND ENGINEERING SCIENCES APPLICATIONS (MESA) WEAPONS INTEGRATION FACILITY (WIF)

Notice Date
10/7/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of Energy, Sandia Corp. (DOE Contractor), Sandia National Laboratories, PO Box 5800 MS: 0115, Albuquerque, NM, 87185
 
ZIP Code
87185
 
Solicitation Number
Reference-Number-4634
 
Response Due
10/30/2003
 
Archive Date
10/30/2003
 
Point of Contact
Nancy Davis, Manager, Phone (505) 844-5486, Fax (505) 844-0522, - Nancy Davis, Manager, Phone (505) 844-5486, Fax (505) 844-0522,
 
E-Mail Address
nsdavis@sandia.gov, nsdavis@sandia.gov
 
Small Business Set-Aside
Partial Small Business
 
Description
**ALL QUESTIONS SHOULD BE DIRECTED TO RHONDA DUKES AT radukes@sandia.gov.** GENERAL INFORMATION: Sandia National Laboratories (SNL) in Albuquerque, New Mexico (located on Kirtland Air Force Base with restricted gate access) will soon be contracting for the Microsystems and Engineering Sciences Applications (MESA) Weapons Integration Facility (WIF) Construction - ~163,000 gsf. The Contractor shall have full responsibility for this project, including construction, installation of equipment, systems integration, documentation and commissioning. Budget: $44,000,000.00 - subject to funding. At this time, SNL is only establishing a list of potential qualified, small business prime contractors. SNL is also interested in teaming relationships with a small business designation. Contractors submitting a response to this Statement of Qualifications (SOQ)- small business search - shall include the following information in six (6), individually bound copies (8.5" x 11" format). REQUIRED INFORMATION: ? BONDING - Offeror (team or individual contractor) must provide documentation (letter format) from a surety/bonding company stating that if awarded the contract, the company will be issued a bond for the project for the amount of the project, noting that the construction estimate is $44,000,000.00. Additionally, documentation must be provided that the bond would be an "A" rated bond. ? PAST PERFORMANCE AND RELATED EXPERIENCE -Offeror must have a proven record of successfully completing projects of comparable size, complexity and function; and must demonstrate the capability of providing full systems integration capabilities in support of the project. Offeror must submit information on past projects performed of similar size and complexity (see WIF Project Technical Description below). Information shall include the name of the owner, address, contact person, phone, fax and e-mail. Project information should include the dollar value of the project (both award and final price including a description of the changes if required), the gross square foot {GSF} of the building constructed, project start/end dates, and the unique technical requirements. The documentation shall specifically demonstrate that the offeror has the resources, capabilities and competences to perform as the prime contractor for the MESA WIF construction. NOTE: If the offeror is a team (joint venture, limited term partnership, etc.), specific information shall be included as to the composition of the team, including an organization chart and a discussion of how the team will function and make decisions. Additionally, the write-up shall include specific information on past projects where the companies have worked together, including the dollar value of the project, the size of the project, project dates, the owner and location, and the role of each team member on the project (prime, sub, co-contractor, etc. ? BUSINESS OPERATIONS - Offeror shall provide information on projects where the offeror is or may be the prime contractor for the next six months (November 2003 through April 2004). Contractor shall also provide the percentage of current business operations a $44.0M project would represent. For example, if currently the offeror has a portfolio of $88.0M of projects, then the WIF project would represent 50% of current business operations. ? SAFETY - Sandia will review the importance the offeror places on safety, and the offeror's proven safety record. Provide the past three years Workers Compensation Insurance Experience Modification Rate and the past three years OSHA total recordable cases incident rates. If teaming, offerors are to submit the information for both members of the team. WIF PROJECT TECHNICAL DESCRIPTION: The Weapons Integration Facility (WIF) is a high-security facility providing classified and unclassified workspaces for 374 personnel. It is comprised of two building elements totaling approximately 160,000 gross square feet (gsf). Antiterrorism construction standard features are incorporated into the facility design and the site improvements, which consist of support structure enhancements, blast resistant glazing, establishment of perimeter vehicle/pedestrian barriers at an appropriate stand-off distance, automated access controls for vehicles and pedestrians, security fencing, and parking. The WIF will be constructed adjacent to existing operational facilities located in the southeast corner of SNL?s Technical Area I. The classified WIF (WIF-C), consists of a three story building with a partial basement and mechanical support equipment penthouses. The structure is concrete waffle slab construction (roller deck technique) that is designed to a vibration criterion of 1,000 micro-inches/sec and includes structural anti-collapse features. The WIF-C will contain laser labs, electrical labs, advanced visualization technical design development areas, and office workspace for research and support staff. The labs and workspaces are divided into "Need-To-Know" suites and are designed to meet Top Secret Restricted Data (TSRD) requirements for acoustic isolation. A sophisticated design visualization facility, known as the ?VIEWS (Virtual Interactive Environment for Weapons Simulation) Corridor,? is included, as well as a computer server room that will contain the advanced visualization servers. Additional server rooms are located throughout the facility to house other scientific IT systems. The WIF advanced visualization and computational systems will be supported by a centralized high-speed copper and optical data communication system that is constructed to industry standards for reliability and long-term usability. Other facility features are the intrusion detection and automated access control security systems, passive and active acoustic security features, laser safety interlock systems, closed-circuit TV systems to monitor critical locations, and secure encrypting telephones. The mechanical systems to be commissioned include a lab exhaust system, smoke evacuation exhaust system, an acid waste drain system, compressed air piping, a heat recovery system, process chilled water system and an HVAC system with digital controls. The unclassified WIF (WIF-U), is a two story structure with a mechanical support equipment penthouse that includes many construction features. The WIF-U will contain a visualization laboratory, computer lab, computer server rooms, laser labs, electrical labs, conference areas, and office workspaces. A central utilities building, CUB-2, will be expanded by approximately 2,900 gsf, and will include the addition of two 650 ton chillers with cooling towers and two boilers. WIF is designed to and will be constructed to Sustainable Design criteria. Application will be made for certification of the WIF as a ?Green Building? utilizing the U.S. Green Building Council's Leadership in Energy and Environmental Design (LEED) rating system. FUTURE REQUEST FOR QUOTATION INFORMATION: Additional Request for Quotation (RFQ) information that will be required at a later date include: PROJECT MANAGEMENT/SCHEDULING/SAFETY - Offeror shall provide information on project management capabilities necessary to manage a project of this size and complexity. Specifically, contractor shall provide information on the key management personnel, resumes, management resources currently utilized (tracking software, change control, reports, etc.), scheduling capabilities including typical experience and education of project schedulers, and information on the scheduling software currently utilized. All construction contractor employees shall be 10-hour OSHA certified and implement a comprehensive site-specific safety program. For the purpose of this initial request, Sandia National Laboratories is only accepting responses from small business, prime contractors that can meet all of the above stated technical qualifications, have the capability to bond for an ~$44.0M construction project and can provide all necessary construction resources. If your company does not meet all of the above stated qualifications and requirements, no further action is required. Responses must be received at SNL by 3:00PM M.S.T. on Thursday, October 30th, 2003. Responses may also be submitted using the following methods: UNITED STATES POSTAL SERVICE: Sandia National Laboratories Attention: Rhonda Dukes MS-0939 P.O. Box 5800 Albuquerque, NM 87185-0939 CARRIER: Sandia National Laboratories Attention: Rhonda Dukes MS-0939 1515 Eubank SE Albuquerque, NM 87123 ?0939 Thanks in advance for your cooperation.
 
Place of Performance
Address: **ALL QUESTIONS SHOULD BE DIRECTED TO RHONDA DUKES AT radukes@sandia.gov, , SANDIA NATIONAL LABORATORIES, 1515 EUBANK SE, ALBUQUERQUE, NEW MEXICO
Zip Code: 87123
Country: UNITED STATES
 
Record
SN00448751-W 20031009/031007213046 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.